Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
DOCUMENT

C -- Two Phase Design Build Decontamination Shower Facility - Attachment

Notice Date
12/6/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
 
ZIP Code
89502-2597
 
Solicitation Number
VA26117R0135
 
Response Due
1/6/2017
 
Archive Date
1/21/2017
 
Point of Contact
Charee Harris
 
E-Mail Address
Design Build Decontamination Shower
(charee.harris@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
A/E SOURCES SOUGHT UNDER BROOKS ACT, VETS FIRST, AND DESIGN BUILD VA261-17-R-0135 This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1, and FAR 36.3 of the Department of Veterans Affairs, National Contracting Organization 21 (NCO 21) intent to contract for Design Build architect-engineer services for VA Sierra Nevada Health Care System, NV (VASNHCS) Project No. 654-17-714, Project Title correct Decontamination facility Deficiencies, located at VASNHCS, Reno, Nevada. The applicable North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and the small business size standard is $7.5M. This design effort includes, but is not limited to, providing Schematic Design (SDs), Design Development (DDs), Construction Documents (CDs), and Construction Period Services (CPS) necessary to construct {insert project scope}. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Sustainability, Security, IT/Data, Construction Cost Estimating, Signage/Way-Finding, Landscaping and Geotechnical. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. Interested parties are encouraged to provide the following capability information to the Contract Specialist, Charee Harris, via email charee.harris@va.gov by 3:00 P.M. Pacific Standard Time on January 6, 2017. Business Size (Large/Small) Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUBZone, etc.) Copy of current SAM record DUNS number Copy of VIP showing verified status - SDVOSB/VOSB concerns only Bonding Capacity: Provide your surety name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be $1M to be deemed acceptable for this notice. Experience: Submit a minimum of two (2) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the ten years prior to the submission due date. A relevant project is further defined as: Between $500,000 and $1.5 Million The Government will use this information when determining its business set-aside decision, taking into consideration the requirements outlined in VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program. It is anticipated that the call for Standard Form (SF) 330s will be issued on or about January 17, 2017. It is the intent of the Government to make a single firm-fixed price A/E Design Build contract award for this requirement under the Brooks Act. Estimated Construction cost is $850,000.00. Questions regarding this sources sought notice should be directed, in writing, to the Contract Specialist Charee Harris via E-mail at charee.harris@va.gov. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. Attachments Attachment 1 Sources Sought Vendor Form Attachment 2 Sources Sough Project Experience
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26117R0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-R-0135 VA261-17-R-0135_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144363&FileName=VA261-17-R-0135-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144363&FileName=VA261-17-R-0135-000.docx

 
File Name: VA261-17-R-0135 Sources Sought Project Experience.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144364&FileName=VA261-17-R-0135-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144364&FileName=VA261-17-R-0135-001.docx

 
File Name: VA261-17-R-0135 Sources Sought Vendor Form.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144365&FileName=VA261-17-R-0135-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144365&FileName=VA261-17-R-0135-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Sierra Nevada Healthcare System;975 Kirman Avenue;Reno, Nevada
Zip Code: 89502
 
Record
SN04344400-W 20161208/161206235200-6a4b42d5b072b26467f41bca622f60ef (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.